Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 09, 2020 SAM #6828
SPECIAL NOTICE

91 -- DLA Energy Bulk Petroleum Products - JPTS

Notice Date
8/7/2020 6:44:27 AM
 
Notice Type
Special Notice
 
NAICS
324110 — Petroleum Refineries
 
Contracting Office
DLA ENERGY FORT BELVOIR VA 22060 USA
 
ZIP Code
22060
 
Response Due
8/14/2020 2:00:00 PM
 
Archive Date
10/30/2020
 
Point of Contact
Paul Johnson, Phone: 5713631011, Stephanie Koessel, Phone: 5719923098
 
E-Mail Address
paul.johnson@dla.mil, stephanie.koessel@dla.mil
(paul.johnson@dla.mil, stephanie.koessel@dla.mil)
 
Description
This Request for Information (RFI) is being issued to conduct market research for the TURBINE FUEL AVIATION, THERMALLY STABLE (JPTS) Program. The Defense Logistics Agency (DLA) Energy is seeking information about the supply capability and interest from the fuel industry to meet Government�s JPTS requirements. This RFI is for information and planning purposes, and is not to be construed as a commitment by the U.S. Government, nor will the U.S. Government pay for information solicited. Further, DLA is not at this time seeking proposals and will not accept unsolicited proposals. The information from this notice will help the DLA during their acquisition planning process. Due to the preliminary stage of this planning activity, a Statement of Work is not available at this time. However, product specification, quality and inspection requirements, and JPTS supplier eligibility have been identified in Attachments 1-4. �The FOB Origin and Destination mode of transportation for Beale AFB and DFSP Texas City is railcar and truck. Additionally, DFSP Texas City can accept tanker via FOB destination. The projected annual requirements are as follows: DFSP Texas City, TX: 2,000,000 USG Beale AFB, CA: 1,200,000 USG Historically, these requirements have been awarded for a 2-year base period plus 3 option periods (1 year each) on a Firm Fixed Price with Economic Price Adjustment basis. The purpose of this RFI is to solicit input via capability statements from interested parties with the specialized capabilities necessary to meet all the 6 weeks testing and inspection requirement for the upcoming competitive procurement for the JPTS requirements. Within these capability statements, DLA is seeking� industry feedback to be used for planning purposes to gain knowledge of interest, capabilities, and qualifications of interested firms to produce JPTS. This market research will assist DLA with identifying interested and capable sources and developing its acquisition strategy. Key market research goals include identifying and minimizing barriers to competition, evaluating small business capabilities, and identifying risks. The final contract type, period of performance, and amount of funding will be determined through the acquisition planning process and this market research. All interested parties are hereby invited to submit a capability statement of no more than three pages, and no smaller than 12 point font. The Government will evaluate each capability statement based on the interested parties� demonstrated qualifications and capabilities in production of JPTS. More specifically, capability statements should include the following information as appropriate and as applicable: 1) Interested parties are to provide the name of the firm, point of contact, phone number, address of firm, email of designated point of contact and CAGE code. 2) Discuss your statement of interest, ability and approach (including rationale) to supply JPTS to the Government. 3) Would your interested firm supply JPTS to the Government? If so, please provide an estimated minimum and maximum quantity for monthly and yearly production capacity. 4) Identify any performance and/or technical challenges and risks in meeting the requirements discussed in the Attachment 1, 2, 3 and 4. Identify how your company would minimize any risks to maximize the probability of successful performance. 5) Highlight any factors that would make competing for this contract desirable or undesirable for your company, including fee structure and input on proposal evaluation criteria. Discuss any issues that DLA should consider when developing the solicitation for this requirement. Provide input and ideas regarding the best contract type to incentivize the contractor to achieve the production of supply JPTS. The Government will not pay for any information provided in response to this announcement nor will it compensate any respondents for the development of such information. All capability statements and questions pertaining to this announcement shall be submitted electronically to paul.johnson@dla.mil no later than 5:00 p.m. Eastern Time on Friday, August 14, 2020. DLA personnel may contact firms responding to this announcement to clarify a responder�s capabilities and other matters as part of this market research process. � �����������������������������������������������������������������������������������
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5a7e5d9aa73741f19850ee8912cd3b8a/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05749094-F 20200809/200807230138 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.